Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SPECIAL NOTICE

V -- Intent to Sole Source -FA487720QA284-Airlift Support

Notice Date
6/19/2020 3:03:39 PM
 
Notice Type
Special Notice
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487720QA284
 
Response Due
6/24/2020 2:00:00 PM
 
Archive Date
07/09/2020
 
Point of Contact
Jeremy Clark, Richard Kelly
 
E-Mail Address
jeremy.clark.8@us.af.mil, richard.kelly.32@us.af.mil
(jeremy.clark.8@us.af.mil, richard.kelly.32@us.af.mil)
 
Description
Project Title: Freefall and Static Line Airlift Support���� �Reference Number: FA487720QA284 1. The 355th Contracting Squadron, Davis-Monthan AFB, hereby submits an intent to sole source notice. The Government intends to award a firm-fixed-priced contract to Win Win Aviation, Inc. for freefall and static line airlift support. This procurement action is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy the Requirement. This document does not constitute a request for quotations, proposals, or bids. 2. An extended description of the product being acquired is as follows: a.�� The airlift support aircraft needs to have the following specifications: vendor is US Air Mobility Command approved to include aircrew certifications and licenses, side mounted troop seats/side facing seats for 18 parachutists, parachute jump lights in cargo compartment, aircraft cargo compartment capable of accommodating 18 parachutists with portable oxygen consoles, intercom system between jumpmaster/aircrew, configured for over the ramp static line operations, fixed static line cable and retrieval system, capable of deploying 12 double bag static line jumpers in one pass, configured for day and night HALO/HAHO operations, capable of airdrop operations at 17,500 feet via ramp, equipped with side doors capable of opening and closing during flight for spotting, have ramp and door for jumper�s exit, aircrew have an oxygen system. The only aircraft on the Paratroop Commercial Operator Listing capable of the operations is the Sherpa aircraft provided by Win Win Aviation, Inc. The risk of using an unauthorized carrier that is not on the approved Paratroop Air Carrier Listing jeopardizes the safety of personnel. Using aircraft that does not meet all requirements listed above could result in degraded training due to improvised operations. It is essential to the mission to only use aircraft specifically designated for all operations to ensure the safety and practicality of training for paratroopers. 3. Firms who desire to challenge this sole source action must submit an interest letter (email is acceptable) that demonstrates technical expertise, certifications, and authorization to compete for this acquisition. The letter must describe clear and convincing evidence that competition would be advantageous to the Government, and will not be cost or time prohibitive. 4. Please send your responses to the following individuals: Jeremy Clark, Contracting Specialist, at jeremy.clark.8@us.af.mil; and �������������� �Richard Kelly, Contracting Specialist, at richard.kelly.32@us.af.mil � *The determination not to complete this proposed contract action is solely within the discretion of the Government. Information received will be evaluated as to confirm or deny the decision to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. 5. Responses are due no later than Wednesday, 24 June 2020, by 2 P.M., Mountain Standard Time. Project Title: Freefall and Static Line Airlift Support���� �Reference Number: FA487720QA284 1. The 355th Contracting Squadron, Davis-Monthan AFB, hereby submits an intent to sole source notice. The Government intends to award a firm-fixed-priced contract to Win Win Aviation, Inc. for freefall and static line airlift support. This procurement action is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy the Requirement. This document does not constitute a request for quotations, proposals, or bids. 2. An extended description of the product being acquired is as follows: a.�� The airlift support aircraft needs to have the following specifications: vendor is US Air Mobility Command approved to include aircrew certifications and licenses, side mounted troop seats/side facing seats for 18 parachutists, parachute jump lights in cargo compartment, aircraft cargo compartment capable of accommodating 18 parachutists with portable oxygen consoles, intercom system between jumpmaster/aircrew, configured for over the ramp static line operations, fixed static line cable and retrieval system, capable of deploying 12 double bag static line jumpers in one pass, configured for day and night HALO/HAHO operations, capable of airdrop operations at 17,500 feet via ramp, equipped with side doors capable of opening and closing during flight for spotting, have ramp and door for jumper�s exit, aircrew have an oxygen system. The only aircraft on the Paratroop Commercial Operator Listing capable of the operations is the Sherpa aircraft provided by Win Win Aviation, Inc. The risk of using an unauthorized carrier that is not on the approved Paratroop Air Carrier Listing jeopardizes the safety of personnel. Using aircraft that does not meet all requirements listed above could result in degraded training due to improvised operations. It is essential to the mission to only use aircraft specifically designated for all operations to ensure the safety and practicality of training for paratroopers. ***Additional details for requirement are provided in the attached Performance Work Statement (PWS)*** 3. Firms who desire to challenge this sole source action must submit an interest letter (email is acceptable) that demonstrates technical expertise, certifications, and authorization to compete for this acquisition. The letter must describe clear and convincing evidence that competition would be advantageous to the Government, and will not be cost or time prohibitive. 4. Please send your responses to the following individuals: Jeremy Clark, Contracting Specialist, at jeremy.clark.8@us.af.mil ; and �������������� � Richard Kelly, Contracting Specialist, at richard.kelly.32@us.af.mil �� *The determination not to complete this proposed contract action is solely within the discretion of the Government. Information received will be evaluated as to confirm or deny the decision to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. 5. Responses are due no later than Wednesday, 24 June 2020, by 2 P.M., Pacific Daylight Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d22e519743e46b08b792307fcf5b9f0/view)
 
Place of Performance
Address: Marana, AZ, USA
Country: USA
 
Record
SN05696664-F 20200621/200622142802 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.